Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 15, 2023 SAM #7870
SOURCES SOUGHT

65 -- Brand Name Only - ScriptPro - Eye Con Model 9430 and Bulk Load Vial Dispenser This is NOT a request for quotes.

Notice Date
6/13/2023 6:07:41 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24423Q0928
 
Response Due
6/23/2023 1:00:00 PM
 
Archive Date
08/22/2023
 
Point of Contact
David Santiago, Contract Specialist, Phone: 412-822-3746
 
E-Mail Address
david.santiago2@va.gov
(david.santiago2@va.gov)
 
Awardee
null
 
Description
STATEMENT OF WORK (SOW) Contract Title. ScriptPro Eye Con Device and Conversion of SP 200 to Bulk Load Vial Dispenser. Background. The Butler VA Medical Center uses a ScriptPro pharmacy system and needs to purchase an additional new Brand Name Only ScriptPro Eye Con Counting Device and upgrade the vial dispenser to the Bulk Load Vial Dispenser. ScriptPro s bulk load vial dispensers allow users to replenish vial dispensers by pouring vials directly from the vial box into the dispenser. This robust design and large capacity bring efficiency and reliability to vial replenishment. 3. Scope. Contractor is to provide an on-site installation of the above-mentioned items - Eye Con Counting Device and Bulk Load Vial Dispenser on to the already in place ScriptPro SP 200. 4. Specific Tasks. Contractor is to provide an on-site installation of Eye Con Counting Device and Bulk Load Vial Dispenser on to the already in place ScriptPro SP 200. To include the following: Eye Con Model 9430 (does not include label imaging camera) Eyecon Interface Controller Eyecon Controller Conversion Conversion of SP 200 to Bulk Load Vial Dispenser The on-site installation shall include configuration, factory testing, shipping, and handling, remote installation support, on-site installation support, and on-site calibration and testing. The contractor shall provide a standard one-year warranty on parts and labor starting at the conclusion of successful installation. 5. Performance Monitoring The contractor shall keep the COR informed of work complete each day. The COR shall randomly inspect the work in progress. 6. Security Requirements. All contractor representatives who perform this work shall acquire the appropriate VA identification badges. No other special security requirements are anticipated. Biomedical Engineering staff must be present for any work performed within Information Technology Communication closets. Any tools used during the installation shall not be left unattended. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). There is no GFE or GFI anticipated with this contract. 8. Other Pertinent Information or Special Considerations. Identification of Possible Follow-on Work. There is no follow-on work anticipated. Identification of Potential Conflicts of Interest (COI). None identified. Identification of Non-Disclosure Requirements. All contractors and contractor representatives must follow their company s established Business Associate Agreement (BAA). If a BAA does not apply, contract personnel who will be in an area where Veteran Patients are being seen are required to complete the condensed training #20939 'VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or the Use of VA Sensitive Info' for incidental exposure to patient/sensitive information. Contractor shall not remove from the facility any equipment containing patient information and shall not disclose any patient information. Packaging, Packing and Shipping Instructions. There are no special requirements. Inspection and Acceptance Criteria. Functionality of the system be verified by Biomedical Engineering. All equipment purchased will be subject to an incoming inspection by Biomedical Engineering to ensure the equipment is functional and meets electrical safety standards as defined by the current edition of NFPA 99. This additional Eye Con Device and Conversion of SP 200 to Bulk Load Vial Dispenser will be included in the VISN4-BPA service contract for maintenance and repair purposes, BPA 36C24421A0043, FSS Contract 36F79719D0135, Current task order 36C24423N031, obligation 529c30026 with a period of performance of 2/01/2023 thru 1/31/2024 9. Risk Control. Contractor is responsible for providing all applicable training and protective equipment to protect Contractor s employees from any hazards, including blood borne pathogens, which may be encountered in the performance of this contract. 10. Place of Performance. All work will be performed at the Abie Abraham Health Care Center 353 N. Duffy Road Butler, PA 16001 on the ScriptPro system located in the Pharmacy, 2nd Floor. 11. Period of Performance. Contractor will have 90 days from contract award to complete the installation. 12. Delivery Schedule. Contractor will set delivery schedule to ensure that installation can be completed within 90 days from contract award. Instructions The information identified above is intended to be descriptive, of the Brand Name Only - ScriptPro Eye Con Device and Conversion of SP 200 to Bulk Load Vial Dispenser, to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112. Please answer the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (7) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. (8) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (9) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities regarding the brand name equipment. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on Friday June 23, 2023. This notice will help the VA in determining available potential sources only. Reference 36C24423Q0928 in the subject of the email response. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, David Santiago. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to this Sources Sought Notice to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contract Specialist at david.santiago2@va.gov DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/78b168dd77cc41d29d0cb0ac4acc0d2c/view)
 
Place of Performance
Address: Butler VA Medical Center Abie Abraham Health Care Center Attn; Pharmacy 353 N. Duffy Road, Butler, 16001, USA
Zip Code: 16001
Country: USA
 
Record
SN06714710-F 20230615/230613230119 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.